Inactive
Notice ID:HHM402-19-R-0040
REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE The Virginia Contracting Activity, on behalf of the Missile and Space Intelligence Center (MSIC), Building 4545, Fowler Road, Redstone Arsenal, AL...
REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE The Virginia Contracting Activity, on behalf of the Missile and Space Intelligence Center (MSIC), Building 4545, Fowler Road, Redstone Arsenal, AL 35898-5500, intends to issue a Request for Proposal (RFP) for contractor support services to provide support for Scientific Computing Operations, Analysis, and Applications (SCOAA). This requirement is for scientific computing operations, computational analysis and tool development, knowledge and program management activities, system services and digital production, and advanced data analytics. Selection for award will be made to the offeror whose proposal is rated highest based upon best value (tradeoff) procedures. Proposals will be evaluated in the areas of technical/management capability, small business participation plan, cost/price, security, supply chain risk, and past performance. Virginia Contracting Activity plans to issue a Request for Proposal (RFP) for this effort on or around 1 October 2019 (this date is subject to change). The RFP will be posted to FEDBIZOPPS at https://www.fbo.gov. A draft RFP will not be available for this RFI. The Government anticipates issuing a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price and Time-and-Material Task Orders. The NAICS Code is 541715. No decision has been made as to whether this RFP is to be issued as a small business set-aside or on an unrestricted competition basis. If unrestricted, then subcontracting plans will be required where applicable. Small businesses who believe they are capable of performing as the prime on this contract are strongly encouraged to respond to this RFI. The contract will have a base five-year ordering period, an optional five-year ordering period, and an option for up to a six-month extension. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. A revised draft copy of the unclassified Statement of of Work (SOW) is attached to this notice. Please note that this is not the final Statement of Work, but a draft for purposes of this request for information / sources sought notice only. A draft copy of portions of Sections L & M is also attached. Please note that this is a draft only. These draft documents refer to clauses and provisions that should be in the RFP, though exact placement may vary from sections and numbers in the draft. Dates given in the draft documents are illustrative only and subject to change. Not all attachments (notably including a price evaluation spreadsheet referred to in Section M) referred to in the draft documents are available at this time. Necessary attachments will be available when the final RFP is posted. After review of the SOW and Sections L & M, any contractor firm (especially small businesses) that believes it has the capability to perform the effort may submit, at a minimum, proof of its recent (last 3 years) and relevant experience, technical capability, current facility clearance, and past performance related to the services described in the SOW to Mr. Glenn E. Hamilton, Contracting Officer, via email at glenn.hamilton@dodiis.mil NLT 5:00 p.m. Central time, Friday, 31 May 2019. There is no required format (PDF is preferred) or page limitation for this response to the RFI, nor is there a restriction on what other content may be submitted except that pricing information is not allowed. Please convey enough information in a logical and organized format so that technical and non-technical personnel can readily judge the capabilities of your firm. The responses to the RFI are for making a final decision on acquisition strategy, as well as for drawing upon industry feedback to finalize the SOW and Sections L & M. A response to the RFI is not required to be eligible to propose on the RFP when it is issued. Place of performance shall be at MSIC. While the Statement of Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort. Questions may be addressed to the points of contact listed in this synopsis. Please note that this is a request for information / sources sought notice to be used for market research only. Comments, corrections, and suggestions for improving the clarity of the draft SOW and Sections L&M are welcome. No proposals will be accepted at this time. The Government will not be responsible for any costs incurred in preparing a response to this RFI. Again, small business concerns are STRONGLY encouraged to respond to this RFI if they feel they are capable of performing the requirements of the attached SOW. Small business responses should also include any special socio-economic groups to which the small business belongs (SDB, VOSB, SDVOSB, WOSB, EDWOSB, HUBZONE, etc).